Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Westmorland and Furness Council
South Lakeland House, Lowther Street
Kendal
LA9 4DQ
UK
Contact person: Mrs Corrina McCleary-Hill
Telephone: +44 7423749386
E-mail: corrina.mccleary-hill@cumbria.gov.uk
NUTS: UKD1
Internet address(es)
Main address: https://www.westmorlandandfurness.gov.uk/
Address of the buyer profile: https://www.westmorlandandfurness.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.the-chest.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.the-chest.org.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Integrated Sexual Health Service
Reference number: DN771130
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Service will support the delivery against the 5 main sexual health Public Health Outcomes Framework measures:
• under 18 conceptions
• chlamydia detection rate
• new STIs diagnosis (excluding chlamydia in the under 25s)
• prescribing of long-acting reversible contraception (LARC) excluding injections (females aged 15 to 44)
• people presenting with HIV at a late stage of infection.
The objectives of the service will support the improvement of sexual health outcomes:
• Promoting good sexual health through primary prevention activities including condom use, vaccination, the sexual health aspects of psychosexual counselling, HIV PrEP, behaviour change and those which aim to reduce the stigma associated with STIs, HIV and unplanned pregnancy.
• Providing rapid and easy access to open access STI and BBV testing, treatment and management services through a variety of mechanisms which should include remote and online services.
• Providing rapid and easy access to open access reproductive health services including the full range of contraceptive services; supported referral to NHS funded abortion services (based on up-to-date knowledge of local contractual arrangements for abortion services including late gestations and those with comorbidities); and support in planning for a healthy pregnancy; through a variety of mechanisms which should include remote and online services.
• Reducing late diagnosis of HIV and undiagnosed HIV and improving the sexual health of those living with HIV.
• Providing a quality service with an appropriate mix of correctly trained staff, clinical governance and service user safety arrangements.
• Being responsive to local need by (a) providing rapid response to outbreak management; and (b) through continuous improvement and response to local population need.
• Operating as a leader in the local sexual health economy providing clinical leadership, involvement in local networks and development of clear referral pathways between providers.
II.1.5) Estimated total value
Value excluding VAT:
28 406 118.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKD1
II.2.4) Description of the procurement
The Service will support the delivery against the 5 main sexual health Public Health Outcomes Framework measures:
• under 18 conceptions
• chlamydia detection rate
• new STIs diagnosis (excluding chlamydia in the under 25s)
• prescribing of long-acting reversible contraception (LARC) excluding injections (females aged 15 to 44)
• people presenting with HIV at a late stage of infection.
The objectives of the service will support the improvement of sexual health outcomes:
• Promoting good sexual health through primary prevention activities including condom use, vaccination, the sexual health aspects of psychosexual counselling, HIV PrEP, behaviour change and those which aim to reduce the stigma associated with STIs, HIV and unplanned pregnancy.
• Providing rapid and easy access to open access STI and BBV testing, treatment and management services through a variety of mechanisms which should include remote and online services.
• Providing rapid and easy access to open access reproductive health services including the full range of contraceptive services; supported referral to NHS funded abortion services (based on up-to-date knowledge of local contractual arrangements for abortion services including late gestations and those with comorbidities); and support in planning for a healthy pregnancy; through a variety of mechanisms which should include remote and online services.
• Reducing late diagnosis of HIV and undiagnosed HIV and improving the sexual health of those living with HIV.
• Providing a quality service with an appropriate mix of correctly trained staff, clinical governance and service user safety arrangements.
• Being responsive to local need by (a) providing rapid response to outbreak management; and (b) through continuous improvement and response to local population need.
• Operating as a leader in the local sexual health economy providing clinical leadership, involvement in local networks and development of clear referral pathways between providers.
Contract term:
Start date: 01/12/2025
End date 31/11/2031
Extensions: One 4 year extension available.
Tenders will be assessed in line with the award and evaluation criteria provided within the ITT.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/12/2025
End:
30/11/2031
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
04/06/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
04/06/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Her Majesty's Court Service
The Strand
London
WC2A 2LL
UK
VI.5) Date of dispatch of this notice
29/04/2025